SOLICITATION NOTICE
52 -- PERSONAL DUST MONITORS AND ACCESSORIES
- Notice Date
- 8/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 60-12MR-1917
- Archive Date
- 9/1/2012
- Point of Contact
- DEBORAH W WORRELLS, Phone: 304-256-3389
- E-Mail Address
-
worrells.deborah@dol.gov
(worrells.deborah@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 60-12MR-1917 and is issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. This synopsis/solicitation has North American Industrial Classification System (NAICS) code of 334513, Instruments and related products manufacturing for measuring, displaying and controlling industrial process variables associated with it. COST/PRICE SCHEDULE CLIN ITEM DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PLEASE PRICE PER UNIT COST FOR THE INCREMENTS LISTED - IF DISCOUNTS CAN BE ACHIEVED WITH DIFFERENT QUANTITY SPANS THAN THOSE LISTED, PLEASE INCLUDE THOSE AS WELL. PERIOD OF PERFORMANCE WILL BE FROM DATE OF AWARD FOR APPROXIMATELY 12 MONTHS 001 Personal Dust Monitor Model 3600 with 54 inch cord - PRICE SHOULD INCLUDE SHIPPING 10 - 50 51 - 100 101 - 160 002 Personal Dust Monitor Model 3600 with 48 inch cord - PRICE SHOULD INCLUDE SHIPPING 10 - 50 51 - 100 101 - 160 003 Heavy Duty Carrying Case for Personal Dust Monitor Model 3600 - Part number 34-009958 10 - 50 51 - 100 101 - 160 004 Filters - Part Number 57-009727-0020 1 - 500 501 - 1000 1000 - 1250 005 Optional CLIN - 5 year protection plan - PLEASE PROVIDE DETAILS OF PROTECTION PLAN 10 - 50 51 - 100 101 - 160 Product Specifications Personal Dust Monitor Model PDM3600 Justification: This requirement is for the purchase of Personal Dust Monitors Model PDM 3600. In addition, MSHA will purchase filters for the Personal dust Monitor, heavy duty carrying case, belt worn carrying case. MSHA will review the 5 year extended warranty for each unit. This will be an optional item. These monitors directly and continuously measure and immediately display the concentrations of respirable coal mine dust in the mine atmosphere during a working shift and also provides the end-of-shift summary measurements. The device is able to distinguish differences in density and composition of coal mine dust particles and other aerosols in the mine, and produces accurate measurements for any coal mine atmosphere. The PDM 3600 Instrument  Key Features o Bright low power consuming LED primary work light with dual low power secondary LED lights o Waterproof cap lamp battery protection o Mine-proven power take-off connector o PC based software for data downloading and review of status flags o Integral charger with download station of PC interface  Provides three primary, real-time and two secondary, user-initiated measurements" o Screen Display Real-time Primary Measurements o 30 MIN CONC = Primary current mass concentration (mg/m3)  CUM1= Primary cumulative mass concentration (mg/m3)  PERCNT OF LIMIT - Indicated percent of exposure limit for primary sample run o Screen Display Secondary User-initiated Measurements  15 MIN CONC = Secondary current concentration (mg/m3)  CUM2=Secondary mass concentration (mg/m3)  Unit Includes: o Cap lamp with secondary LED light Source and sample inlet o Umbilical line containing conductive tubing for sample transport and electrical connections o PDM3600 Case containing batteries and sample handling system o Charging/communication module o PC based software for data management  Compliance o The PDM3600 is approved for use in the United States only, and meets MSHA intrinsic safety approval for use in underground mines (certified for coal mine dust sample collection) and NIOSH guidelines for Air Sampling and Analytical Method Development and Evaluation.  Certifications o NIOSH approval number TC-74CPDM-01 o Certified intrinsically safe by the Mine Safety Health Administration (MSHA) (19-A040002-0) o EN61326-1:2005 o FCC Part 15 subpart B o UN T1-T8 (shipment of lithium ion batteries) Measurement Range 0 - 200mg/m3 Accuracy ±25% of the reference method (for concentrations greater then 0.2mg/m3) Minimum Dust Loading 0.1mg (to achieve specifications) Maximum Dust Loading 4mg (to achieve specifications) Mass Concentration Sensitivity 0.05mg/m3 (1-) (30 second averaging) Operating Temperature -4° to 104°F (-20° to +40°C) Mass Transducer Temperature 32° to 140°F (0° to 60°C) (depending on ambient conditions) Relative Humidity 0 to 100% Sample Flowrate 2.2L/min. Flow Accuracy (2-) ±2% (lab conditions), ±5% (mine conditions) Enclosure 9.57 in. (24.31cm) W x 3.25 in. (8.26cm) D (without belt clip) or 3.42 in. (8.69cm) D (with belt clip) 6.75 in. (17.15cm) H (without PTO port) or 7.60 in. (19.30cm) H (with PTO port). 5 lb. (2.27kg) Umbilical Cable 66 in. (167cm) Length, 1.13 lb. (0.51kg) TEOM Mass Sensor 2.29 in. (5.82cm) W x 1.93 in. (4.9cm) D x 6.05 in. (7.75cm) H (Included in enclosure weight above) Charging Module 2.84 in. (7.21cm) W x 6 in. (15.25cm) D x 7.63 in. (19.38cm) H, 3.13 lb. (1.42kg) Power Requirements Two internal, lithium-ion battery assemblies Specifications PDM Filters • PDM filter Box of 20 - Thermo Fisher part # 57-009727-0020 Belt worn Carrying case Heavy Duty Carrying Case • Thermo Fisher part # 34-020109958 Protection Plan • 3600PDM 5 year Protection Plan The following provisions and clauses apply to this procurement: - 52.212-1, Instructions to Offerors-Commercial (FEB 2012) 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. - 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition, with the following addendum to paragraph a: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A. Technical Capability 1. Understanding of the requirement - including the following elements: a. MSHA/NIOSH approved under 30 CFR part 74 - UNITS THAT ARE NOT MSHA/NIOSH APPROVED WILL BE IMMEDIATELY ELIMINATED FROM FURTHER CONSIDERATION. b. Part of a complete approved sampling unit including pump, sampling head assemble and filter cassette c. Continuously measure and immediately display the concentrations of respirable coal mine dust in the mine atmosphere during a working shift d. MRE conversion factor applicable to unit e. Belt Wearable f. Price B. Price The non-Price factors combined are significantly more important than Factor B, Price. However, price will become significantly more important as non-price factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical features. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor A, and its associated sub-factors. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The proposal will be evaluated to determine whether the offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. Sub-factor 1: UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the offeror's understanding of the work to be performed in accordance with the product specifications. The offeror shall submit a proposal that demonstrates its understanding of the work described in the Product specification. PRICE. The offeror shall complete Schedule B (Cost/Price Schedule). The Government will evaluate offers for award purposes by adding the total of all CLIN prices. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factors I, Technical (See Table 1). No adjectival ratings will be used to evaluate Factor II, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor A- Technical, will be rated using the following Adjectival Scale ADJECTIVAL DEFINITION Outstanding A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Table 1 - 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012) Offerors must include a completed copy of the provision at 52.212-3 with its offer. - 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012). in paragraph (b) the following clauses apply; 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.223-18, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33. The FAR may be obtained via the Internet at http://www.acquisition.gov/far/ Offeror must be registered in the Central Contractor Registration (CCR) database and ORCA database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov/. Registration in both CCR and ORCA is free. The Government contemplates award of a Indefinite Delivery Indefinite Quantity contract with firm fixed price delivery task orders resulting from this solicitation. Questions regarding this requirement are to be sent to Worrells.deborah@dol.gov no later than August 10, 2012 at 4:00 p.m. EST. No phone calls will be accepted. Answers to all questions received by this deadline will be posted on FedBizOpps in sufficient time for proposals to be submitted. Any questions received after this deadline will only be answered if time permits. All attachments must be in a PDF format or a format compatible with Microsoft Office 2003. All CLINS must be quoted for the proposal to be considered. All equivalents offered must include product specifications. Proposals are due to Contracting Officer Deborah Worrells by August 17, 2012 at 4:00 pm EST. Proposals shall be sent to Deborah Worrells, Contracting Officer, US Department of Labor, Mine Safety & Health Administration, 1301 Airport Road, Beaver, WV, 25813. The preferred method of submission is via e-mail to Worrells.deborah@dol.gov. Please indicate Solicitation Number in subject of email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/60-12MR-1917/listing.html)
- Place of Performance
- Address: 1100 Wilson Boulevard, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02827179-W 20120806/120804233234-a9ae056e4f8704e643255d8063490e45 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |